Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 31, 2020 SAM #6911
SOURCES SOUGHT

C -- Architectural-Engineering (A-E) Services to provide Design and Construction-Phase Services (CPS) for the construction of a New Surgical and Clinical Space Tower and the demolition of multiple buildings at the Department of Veterans Affairs (VA) Connecticut

Notice Date
10/29/2020 12:05:21 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2SD ENDIST NEW ENGLAND CONCORD MA 01742-2751 USA
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ21X0003
 
Response Due
12/2/2020 11:00:00 AM
 
Archive Date
12/17/2020
 
Point of Contact
Sara J. Torres
 
E-Mail Address
Sara.J.Torres@usace.army.mil
(Sara.J.Torres@usace.army.mil)
 
Description
Action Code: �Sources Sought Notice Subject: �Architectural-Engineering (A-E) Services to provide Design and Construction-Phase Services (CPS) for the construction of a New Surgical and Clinical Space Tower and the demolition of multiple buildings at the Department of Veterans Affairs (VA) Connecticut Health Care System, West Haven, Connecticut. Solicitation Number: �W912WJ21X0003 NAICS Code:� 541330 Posted Date:���October 29, 2020 Response date:�� December 2, 2020 Classification Code:� C � Architect and Engineering Services Place of Performance: US Army Engineer District, New England 696 Virginia Road Concord, MA 01742-2751 US Description: This is a Sources Sought announcement to determine availability and capability of potential Architect-Engineer (A-E) contractors.� It is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U.S. Army Corps of Engineers, New England District desires to identify contractors capable of providing Design and Construction-Phase Services (CPS) for the construction of a New Surgical and Clinical Space Tower and the demolition of multiple buildings at the Department of Veterans Affairs Connecticut Health Care System, West Haven, Connecticut. �Contractor�s scope also includes design and layout of furniture, fixtures, and medical equipment.� This is a VA � Major Construction project currently programmed for construction in Fiscal Year 2025.� The value of the construction project is still under development and needs to be validated by the VA but it is expected to be in the $250M - $400M range. �This announcement is to determine the interest, availability and capability of Small and Large Business concerns based on information described below.� The NAICS code for this procurement is 541330 (size standard $16,500,000).� Design work is expected to begin by December 2021 and take approximately 2-3 years to complete.� The value of the A-E contract is estimated to be between $20,000,000 and $40,000,000.� To be determined is whether this will be solicited as a single award task order contract (SATOC) or a project-specific contract (aka C-contract).� Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. �After review of the responses to this announcement, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be published in the https://beta.sam.gov/ website for the respective project. NO SOLICITATION IS CURRENTLY AVAILABLE. All interested offerors will have the opportunity to respond to the solicitation announcement at a later time. Project Information: The new Surgical and Clinical Space Tower to be constructed at the VA campus in West Haven, CT is intended to upgrade and consolidate existing clinical and direct patient care spaces to current standards of patient care. General utilities serving the space are also outdated and require updating and upgrading including electrical and medical gas systems. �The scope of the project includes the addition of an approximately 161,000 GSF three-to-four story tower and the demolition of approximately 40,000 GSF of administrative, common, and research space.� The tower is expected to be constructed in the vicinity of the existing hospital (Building #1) in a congested area that has presently been developed. �Upgrades and/or relocation of existing infrastructure to include some combination of: parking, road network, utilities, and campus-wide power and heating plants will likely be required.� Use of swing space and phasing will be required to minimize impacts to current campus operations.� Proposed space allocation for the tower includes the following (all GSF numbers are approximate and subject to further refinement):� Surgical Services (81,000 GSF) to include a variety of Operating Room (OR) spaces such as surgical suites, and general, hybrid and other specialized ORs, Pathology Services (46,500 GSF), Intensive Care Unit (ICU) Services (21,000 GSF), IT Services (4,000 GSF), Pharmacy Services (2,000 GSF), Security Services (2,000 GSF), Logistics Services (1,800 GSF), EMS Services (1,550 GSF), Engineering/Biological Medical Services (1,500 GSF) and Sterile Processing Services (350 GSF). �In addition to the new tower, the project will include renovation of portions of existing Building 1 and 2 as necessary to connect and integrate the new tower with the existing buildings and to relocate staff displaced from demolished buildings. Specialized construction requirements include operating rooms, intensive care units, pathology spaces and supporting spaces that meet all VA infection control standards; associated complex and specialized HVAC and electrical requirements; medical gas distribution systems, nurse call systems, pneumatic tube distribution systems, and medical security and alarming systems that will all need to be integrated with existing systems; and management of biological hazardous waste. �The new tower will need to integrate seamlessly with the other buildings on campus.� New construction and demolition will need to be coordinated with the Connecticut State Historic Preservation Office (SHPO).� Site improvements will include access roads, replacement parking, utilities, landscaping, and all other work necessary to make this a complete and usable project. �The project will have to be constructed such that it can certified as for LEED Silver and meet The Joint Commission accreditation requirements.� Facilities will be designed as permanent construction in accordance with the VA Technical Information Library (TIL) design criteria.� Exceptions may be made for temporary facilities that may be needed to meet swing space requirements. �The A-E will also be required to follow VA PG 18-15-A-E Submission Requirements -Volume B-Major New Facilities, Major Additions, and Major Renovations and have familiarity with U.S. Army Corps of Engineers (USACE) software such as SpecsIntact and Micro-Computer Aided Cost Engineering System (MCACES) � 2nd generation (aka M II). Responses: In order that we may assess your capability to perform this contract adequately, interested firms should submit a capabilities package to include, at the minimum, the following:� 1) Firm�s name, address, point-of-contact, phone number, email address, CAGE and DUNS number. 2) Business classification (e.g., small business, veteran-owned small business (VOSB), Service-disabled veteran-owned small business (SDVOSB); 3) Project overview and description for up to five (5) sample design projects for complex, large scale, medical facility projects � ideally to include a surgical services component that are comparable in scale and complexity to the project described above that were designed within the past seven (7) years.� The project overviews shall include a synopsis of the project including project name, client, photos, month/year the firm�s design work started and completed; total contract value of the firm�s design work specifically; physical size of the designed facility; construction cost; and customer point-of-contact; 4) A table indicating whether the sample projects included any of the following Surgical and Clinical Space Tower project elements: a) Design of medical facilities of comparable size and complexity that include at least one of the following: surgical (full variety of OR types), pathology, and/or ICU services; b) Design for the demolition, modification and/or renovation of existing medical facilities to include departmental relocation, construction phasing, and utilization of temporary facilities or swing space; c) Design of healthcare facilities using Department of Veteran�s Affairs Technical Information Library (TIL) design criteria and knowledge of safety/infection control measures; d) Design for new construction that is functionally integrated into an existing campus; e) Design for sites with challenging space constraints, site impact planning, and/or complex utility reconfiguration requirements; f) Design for buildings requiring complex foundations in close proximity to occupied buildings; g) Design for sites requiring significant upgrades to utility (e.g., power and heating) infrastructure; h) Experience working with state historic preservation offices regarding designs for the renovation and demolition of historic buildings eligible for the National Register; i) Utilization of design professionals specializing in VA medical facilities to include: medical planner, infection control specialist, building physicist, qualified fire protection engineer, physical security specialist, and structural blast specialist; j) Use of M II for cost estimating and both USACE�s SpecsIntact and VA�s Master Specs for preparation of specifications. If work is intended to be done using a team, please indicate this and include information on the major subconsultant(s) on the team in the information requested above.� 5) Any advice you would give the Government in planning for the procurement of the A-E contract and for design and construction execution to include comments on use of a SATOC vs. a C-contract for the A-E and construction-delivery method of Design-Bid-Build vs. Design-Build.� Responses should be limited to a pdf file that shall not exceed thirty 8.5x11 pages (not including cover sheet); 11x17 pages (count as two pages) can be used for the project overviews.� Responses are due by December 2, 2020.� Responses should be emailed to Contract Specialist Sara J. Torres at sara.j.torres@usace.army.mil. �NO APPOINTMENTS OR TELEPHONE CALLS WILL BE ACCEPTED.� This sources sought announcement is not to be construed as a commitment by the Government.� The Government will not pay for any material provided in response to this market survey nor return the data provided.� This is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation.� The results of this survey will be considered to be in effect for a period of one year from the date of this notice.� Government Agency URL: www.nae.usace.army.mil Government Agency URL Description: New England District, Corps of Engineers
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b4a9818814754b1580a32426874ac37f/view)
 
Record
SN05841768-F 20201031/201029230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.